Loading...
HomeMy WebLinkAboutItem #07 Firm List - RFQ#0602 - Security System for Water Plants AGENDA ITEM COVER SHEET Meeting Date: June 6, 2006 Item # 7 Contact Name: Contact Number: ~--- Approve the Short-listed Firms for RFQ #0602 Security Systems Installation, Maintenance, and Monitoring Services for City of Ocoee Water Treatment Plants Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: Subject: Background Summary: A Request for Qualifications (RFQ) was advertised with the intention of soliciting statements of qualifications from qualified security systems providers to provide installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants. The Selection Committee short-listed three (3) service providers and one (1) alternate, based on qualifications, to undertake negotiations so as to award the installation and maintenance of the security systems and provide the monitoring services to one (1) of the short-listed service providers. The term contract for the maintenance and monitoring will automatically renew annually with annual cost escalations and terms to be determined during the negotiation process. 'ssue: Approve the three (3) short-listed firms and one (1) alternate firm recommended by the Selection Committee for further negotiation and proposals. Recommendations Staff recommends the City Commission: I. Approve the short-listed firms and one (1) alternate firm for RFQ #0602. 2. Authorize staff to proceed with proposal negotiations with Access Limited Inc., Quality Communications Fire & Security Inc., and ADT Security Services Inc., and if necessary, negotiate with Wunderlich-Malec Systems as the alternate firm. Once negotiations are complete, staff intends to recommend a single proposal from one (1) of the short-listed firms for final approval by the City Commission. Attachments: I. RFQ #0602 2. Access Letter of Interest 3. Quality Letter of Interest 4. ADT Letter of Interest 5. Wunderlich Letter of Interest 6. Diamond Letter of Interest 7. Stanley Letter of Interest 8. RFQ Checklist Form 9. RFQ Evaluation and Shortlist Form Financial Impact: :;48,000 budgeted current fiscal year for a four year lease. This amount is an estimate only and is subject to change based on final design and negotiation. Type of Item: (please mark with an "XU) Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerl<'s Deot Use: Consent Agenda Public Hearing Regular Agenda Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~,t3"it N/A N/A N/A 2 Commissioners Gary Hood, District I Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mayor S. Scott Vandergrift City Manager Robert Frank ST AFF REPORT TO: FROM: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Ageng- May 26, 2006 DATE: RE: Approve the Short-listed Firms for RFQ #0602 Security Systems Installation, Maintenance, and Monitoring Services for City of Ocoee Water Treatment Plants ISSUE Approve the three (3) short-listed firms and one (l) alternate firm recommended by the Selection Committee for further negotiation and proposals. BACKGROUNDIDISCUSSION A Request for Qualifications (RFQ) was advertised with the intention of soliciting statements of qualifications from qualified security systems providers to provide installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants. The Selection Committee short-listed three (3) service providers and one (l) alternate, based on qualifications, to undertake negotiations so as to award the installation and maintenance of the security systems and provide the monitoring services to one (l) of the short-listed service providers. The term contract for the maintenance and monitoring will automatically renew annually with annual cost escalations and terms to be determined during the negotiation process. The Finance Department reviewed the qualification packages and all were considered responsive. Complete copies of all qualification packages are available in the Finance Department for your review. The qualification packages were evaluated by the RFQ Selection Committee, which consisted of four (4) members: Charles Smith, Director of Utilities; Jamie Croteau, Assistant City Manager; Fred Ostrander, Chief WWTP Operator; and Richard Waldrop, Chief WTP Operator. The public RFQ Selection Committee meeting was held on May 24, 2006 to shortlist the six (6) responses. The Committee evaluated and ranked the firms from 0-400 points on specific evaluation criteria. The recommended short-listed firms and their rankings are as follows: 1. Access Limited Inc. 2. Quality Communications Fire & Security Inc. 3. ADT Security Services Inc. 4. Wunderlich-Malec Systems 5. Diamond Quest Corp. 6. Stanley Security Solutions Inc. 349 Points 326 Points 314 Points 277 Points (Alternate) 259 Points 247 Points 1 EVALUATION FORM RFQ #0602 SECURITY SYSTEMS INSTAllATION, MAINTENANCE, AND MONITORING SERVICES 5/24/06 10:00 A.M. SELECTION COMMITTEE MEETING AUI Quality Comm. Security Wunderlich-Malec Access Stanley Security Diamond Fire & Security Services Evaluation Criteria Systems Limited, Inc. Solutions Inc. Quest Corp. Inc. Inc. '. '. 1,'.\ :--:~/. ',"":'Y"""':~':::'..'."'):i"" "',',":, . "i',,>,"'.!:" :4"/1;F',H,!',, '. ".::- '.' ,i;'/" ',', . ":": ",'",...".. c;. ;~:"""'" ," . Overall Experience of the Respondent (0-120 points) 93 105 78 78 99 104 Respondent's Project Members' Experience (0-40 points) 34 37 32 31 34 34 Familiarity with Federal Homeland Security Requirements (0-140 points) 98 123 82 100 117 112 rail Plan of Action (0-60 points) 30 54 24 24 46 36 Service Location (0-40 points) 22 30 31 26 30 28 " ,> "V? :;-" """.",.'",""( 'c/>,. ,. " ,,'.'.',' ".,,', '".::6',.,',".,? ".,','."",','i,""'" i'" ,', .",i TOT AL POINTS (0-400) 277 349 247 259 326 314 Ranking *4 1 6 5 2 3 SELECTION COMMITTEE EVALUATION TOTALS Listed in order opened. *Alternate RFQ #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING SERVICES FOR CITY OF OCOEE WATER TREATMENT PLANTS 5/4/06 2:00 pm 1 Wunderlich-Malec Systems yes yes yes current yes 2 Access Limited, Inc. yes yes current yes 3 Solutions Inc. yes yes submitted current no yes yes yes current yes yes yes yes current yes 6 ADT Security Services Inc. yes yes yes current yes 7 8 9 10 11 12 13 14 15 16 17 Listed in the order opened. Citv Manag-er Robert Frank Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift CITY OF OCOEE REQUEST FOR QUALIFICATIONS (RFQ) #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING SERVICES for CITY OF OCOEE WATER TREATMENT PLANTS City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504. www.cLocoee.fl.us LEGAL ADVERTISEMENT CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING SERVICES for CITY OF OCOEE WATER TREATMENT PLANTS Ocoee City Commission The City of Ocoee, Florida, in conformance with Florida Statutes Sections 119.011 and 119.07 (3) (ee), and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from qualified security systems providers that are interested in providing installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants. The City intends to select a minimum of three (3) service providers, based on qualifications, to undertake negotiations so as to award the installation and maintenance of the security systems and provide the monitoring services to one (1) of the selected service providers. The term contract for the maintenance and monitoring will automatically renew annually; with annual cost escalations and terms to be determined during the negotiation process. Prospective respondents must attend a Mandatory Pre-submittal Conference scheduled for Thursday, April 13, 2006 at 10:00 AM at the Ocoee City Hall Commission Chambers, 150 N. Lakeshore Drive, Ocoee, FL 34761 to be considered for selection. The purpose of this conference is to review the RFQ package, and City Staff will be available to answer questions at this meeting regarding the project. All respondents will be held liable for contents as presented at the Pre-submittal Conference. Qualification packages must be received no later than 2:00 p.m. (local time) on May 4, 2006. Any qualification packages received after the above noted time will not be accepted under any circumstances and shall be returned unopened. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. Respondents interested in providing the required professional services shall submit one (1) original and three (3) copies of their qualifications to the City of Ocoee Finance Department by the submission deadline to the attention of: Purchasing Agent City of Ocoee Finance Department 150 N. Lakeshore Drive Ocoee, Florida 34761 Phone: (407) 905-3100 x 1516 FAX number: (407) 656-350 I jtolbert@ci.ocoee.fl.us RFQ #0602 2 No fax or electronic submissions will be accepted. Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted and shall be directed to the Purchasing Agent. Deadline for receipt of written inquiries shall be 5:00 P.M. (local time) on April 20, 2006. Interested Respondents may secure a copy of the RFQ documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under FinanceIPurchasing, or copies are available from the contact person identified above for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee.. Copies via e-mail are not available and partial sets ofRFQ documents will not be issued. Respondents interested in providing the requested services may be disqualified if they have contacts with the Mayor, City Commissioners, or any City staff other than the Purchasing Agent about the RFQ during the submission or selection process. ***The information contained in this RFQ package, including the RFQ documents and any resulting addenda, contract documents, plans, and specifications does not constitute public record and is exempt from the public records requirements of subsection (1) and s. 24(a), Art. I of the State Constitution and the bidder receiving this information shall maintain the exempt status of this information. * * * Due to the Federal Homeland Security Act, each Respondent shall execute the attached Confidential Disclosure Agreement form. Pursuant to Section 287. 133(2)(a), Florida Statutes, interested Respondents who have been placed on the convicted vendor list following a conviction for public entity crimes may not submit a proposal on a contract to provide services for a public entity, may not be awarded a Contractor contract and may not transact business with a public entity for services, the value of which exceeds CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. City Clerk March 26, 2006 RFQ #0602 3 CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING SERVICES for CITY OF OCOEE WATER TREATMENT PLANTS SECTION 1 -SCOPE OF SERVICES: The City of Ocoee, Florida, in conformance with Florida Statutes Sections 119.011 and 119.07 (3) (ee), and the policies and procedures of the City of Ocoee (City) is soliciting statements of qualifications from qualified security systems providers that are interested in providing installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants. The City intends to select a minimum of three (3) service providers, based on qualifications, to undertake negotiations so as to award the installation and maintenance of the security systems and provide the monitoring services to one (1) of the selected service providers. The term contract for the maintenance and monitoring will automatically renew annually; with annual cost escalations and terms to be determined during the negotiation process. The City intends to award a contract to one (1) qualified security systems provider. In determining whether a company is qualified, the City shall consider such factors as the company's experience, including experience with similar projects, references, and type of monitoring systems offered. ***The information contained in this RFQ package, including the bid documents, addenda, contract documents, plans, and specifications does not constitute public record and is exempt from the public records requirements of subsection (1) and s. 24(a), Art. I of the State Constitution and the bidder receiving this information shall maintain the exempt status of this information.*** Due to the Federal Homeland Security Act, each Respondent shall execute the attached Exhibit A: Confidential Disclosure Agreement form. The selected security service provider shall provide installation of security systems on two (2) water treatment plants: 1) South Water Treatment Plant 581 Maguire Road Ocoee Florida 34761 2) Forest Oaks Water Treatment Plant 8590 Hackney Prairie Road Ocoee Florida 34761 RFQ #0602 4 Qualifications will be considered only from businesses normally engaged in providing the types of services specified herein, and having sufficient staff personnel support, equipment, and organization to ensure that they can satisfactorily. execute the services if qualified under the terms and conditions herein stated. The City reserves the right to inspect the successful respondents to determine if they are in compliance with this specification. · The Respondent must meet local, state and federal codes, rules and regulations. · Respondents shall have capability to conduct all inspections pursuant with all local, state and federal laws should they be required to do so. · The Respondents shall possess all necessary licenses and ability to obtain all applicable permits. Also, the respondents shall provide proof of required insurance. · The Respondents shall provide a minimum of five (5) credible references within the state of Florida of similar current on going contracts. SECTION 2 - SUBMISSION REQUIREMENTS: The interested and qualified Respondents shall submit a Statement of Qualifications describing their qualifications and experience in the type of work requested. Submissions shall be limited to a total often (10) 8.5"x 11" pages, single-sided, portrait orientation, 12-point font. The required submission material includes the following: A. Respondent's General Qualifications · List Respondent's applicable employees, their qualifications, and their role for the services required. · Respondent's and employee's certifications and registration with regulatory agencies, professional organizations, etc., include copies of all applicable licenses. · List Respondent's subcontractors, their qualifications, key individuals, and their role in this project, include copies of all applicable licenses for any subcontractors. · List of Respondent's other current or recently completed similar contracts within the past five (5) years, specifically in the State of Florida. · List of at least three (3) references to include organization name, contact person, telephone number (s), and e-mail address. · List years of experience in installing, maintaining, and monitoring security systems with similar facilities. · Knowledge of Federal Homeland Security Law requirements. RFQ #0602 5 B. Anticipated Scope of Work . Overall Plan of Action · List Federal Homeland Security features required for Water Treatment Plants. · Provide a description of the Monitoring Service and required features. · Provide a description of the Maintenance Contract offered; including warranty, parts, maintenance increments. The City reserves the right to accept or reject any or all submittals that it may, in its sole discretion, deem unresponsive, or to waive technicalities which best serves the overall interests of the City. Cost' of preparation of a response to this RFQ is solely that of the Respondent and the City assumes no responsibility for such cost incurred by the Respondent. Any request to withdraw a Qualification Package must be addressed in writing as above. Such requests must be received by the City prior to the deadline of the submission. SECTION 3 - CITY'S STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Sub-Contractor to commence work on a subcontract until all similar insurance required of the Sub-Contractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or Sub-Contractor providing such insurance. b) Workers' Compensation Insurance: The Consultant shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the Sub- Contractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each Sub- Contractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. · Include Waiver of Subrogation in favor of the City of Ocoee RFQ #0602 6 c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: Automobile Bodily Iniury Liability & Property Damage Liability · $l,OOO,OOO Combined single limit per occurrence (each person, each accident) · All covered automobile will be covered via symbol 1 · Liability coverage will include hired & non-owned automobile liability · Include Waiver of Subrogation in favor of The City of Ocoee Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non- contributory . · $2,000,000 GENERAL AGGREGATE · . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE · $l,OOO,OOO PER OCCURRENCE · $l,OOO,OOO PERSONAL & ADVERTISING INJURY · Include Waiver of Subrogation in favor of the City of Ocoee Sub-Contractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each Sub-Contractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these Sub- Contractors in the Contractor's policy, as specified above. Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent Contractors and are directly imposed because ofthe named insured's general supervision of the independent Contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $l,OOO,OOO, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. · $l,OOO,OOO PER OCCURRENCE · $2,000,000 AGGREGATE Commercial Umbrella: · $l,OOO,OOO PER OCCURRENCE · $2,000,000 Aggregate · Including Employer's Liability and Contractual Liability Builders Risk: · $lOO,OOO Any (1) Location · $l,OOO,OOO Any (1) Occurrence RFQ #0602 7 Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: The name of the Insured Contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (I 0) days written notice of cancellation for non-payment of premium. Remainder of this page left blank intentionally. RFQ #0602 8 ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID J9 DATE (MlMDDIY'NV) PllAZl!:-~ U/04/04 ! PRODOtI!A THIS CERTlFlCATE IS ISSUED AS A MATTJ:R OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTII'lCATE , HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AlTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAlC. lNSURED INSI..IMRk .. ...~ tau.. J.- .... ..Ct.tl' I<SURER a Contractor's Na:me IlSURER C: -- Address -- HSURER D: INSURSI E: COVERAGES THE POUCrES OF INSU~ L.ISTED Baow HAVE BEEN .ISSUED TO THE IHSlJREO NAMED ABOVe FOR THE POUCYPERIOO INDK:A.TEO. NO'TWJTHSTANOING ANY REQUJREMENT. TSW OR CONDmON OF I<N'f CON'TRACT OR OTHeR DOCUMENT WITH AESPECT TO WHICH THIS cafrtFlCAT&: MAY liE ISSUED OR MAY PERTAIN, T~e INSURANCE AFFORDED BYntE HJlIC!E8 DESCRIBED HEREIN IS SUBJECT TO AU. TME TERMS. EXCI.UStOHS AHe CONOrTlONS OF SUCH POLICIES. AGGRE~TE UMn'S SHOWN ~Y11A.1IE eEEN REDUCEO IV ""10 CLAIMS. ILTR ~RQ TYJ'! or tlSURAHCE POUCY NUMBER ~ Mll'Il DAT LIMITS ~ERAL UA8lLm' eACH ocCUMENCe . 1, 000, 000 X X COMMERCIAL. GENERAl. LJA81lJTY PAEMlSE.S f& otQl/'fl\Ct .50,000 ~ ~ CWMS MADe [;] OCCUR MED EX' IMy Cll'le petsl)r\) . 5.000 -, PERSONAl.'& A.rN INJURY .1,000,000 GENEAAt AGGREGATE .2,000,000 ~'LAG~~E;;nIPElt PRODUCTS. COMP/OP AGO "2,000,000 POLICY X T LOC AUTOMOBlL.E LIABILITY COMBINED '>>tOLE U'-ltT .1,000,000 - ~ ANVAUTO (EII.cad..-) - AU OWNED AUTOS BOOIl Y It-IJU"-V 5 SCHEOULED "UTOS (Perp.rson) - ~ HIRED AUTOS 8OO1l.Y INJURY . ~ NON~NED A.UTOS , IP<< .tddfi) 1- PROPERTY DAMAGE :s thr .cdd.",) R~.~UTV AUTO ONI. V. EA. A.CClDENT 5 ANVAUTO OTHER THAN EAACC' . AU'TOONI.V; AGO . I!XC.SWM8RELlA UA8lLITY I .EACH OCCURRENCE .1,000,000 X tJ 'OCCUR n Cv.,,,,, ,,",OE I AGGREGATe .2,000,000 I I . -.-- ~ OeOLoeT'.LE 5 I ' RETENT10N S S WORKERS CQMPENIA noM AND X IT~,\y'LI~S I lu.... EMPi.OY!M" UAaUTY E..L EACH ACQOEli1' 5500,000 r ANV PROPFUETORIPMTNERlEXEClITlVE OA=ICERlIlMiMBER E)(CLUDED? e.c. olSEASe - e.e....Lovee . 500, 000 ;~:.~~Sbeklw , E.L. OISEAse. POlICY UMIT . 500,000 OTHER Builder. Risk Any 1 Loc l00,CXXl Any 1 Occ 1,000,000 DESCRIPTlON OF OPERATIONS I LOCAllONS ,YEHIeI.!.!' EXCI.USIQNS ADDED IV !.HoOttSEMe:HT II,eew.. PftO'MtONS The insurance evidenced by this certificate shall name tha certificate holders s. an additional insured on the Gensral Lisbility ~ OmDrells Lisbility. Workers' Compensation, Employers' Lisbility ~ General Lisbility shall contain a Waiver of Subrogation in favor of the certificate holder. The cercificate holder i. added a. a nmrl irEu::ai fir ad..l.iB:s Risk. City of Ocoee 150 N. Lak..hore Drive Ocoae FL 34761-2258 CANCELLATION OCOaKO 1 IHOUl.D MY OF TN!! MOW DescRIBeD "0l.1CIE1 8. CANClu.aD BIJIORII! Tt41! I!XPtRAllOt. DATE THERIO", THI! ISSUING INS\J1III!R WILL ENDEAVOR TO MAIl. ;.L. DAYS W1UTTEH NOllCETOntl!Cfll11F1CAT! HOLDER JrlAMIDTOTHI!L.UT,IUT F~LURETODOSO t.HALl 1MPOSE NO OIUOATlON OR. LIA8U.JTY 0' MY KIND UPON TK! INSURER. rrs AGOOI OR ..........-rATIYU. AUTHORIZEC Ufl'RBENT ATlVE CERTIFICATE HOLDER ACORD 25 (2001108) S~Pt.1F C ACORD CORPORATION 198{ RFQ #0602 9 SECTION 4 - SELECTION CRITERIA Qualification Packages will be reviewed and evaluated, publicly, by a Selection Committee and a short list of qualified Respondents may be invited to make a public, formal presentation or interview. The Qualification Packages will be reviewed and evaluated in accordance with the following criteria and weighting factor: 1. Overall Experience of the Respondent 30 % 2. Respondent's project members experience 10% 3. Familiarity with Federal Homeland Security Requirements 35% 4. Overall Plan of Action 15% 5. Service Location 10% SECTION 5 - SELECTION PROCEDURES The criteria for selection shall be based on the selection criteria above, including the Respondent's qualifications, service location, past performance, and reference check. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as it may deem necessary. The City shall be the sole judge of the competency of Respondents. A City selection committee will evaluate each respondent's qualifications and will short-list and recommend to the City Commission no fewer than three Respondents, if possible, based upon the selection committee's evaluation of the proposals and interviews. The City Commission's decision shall be final. The City will attempt to negotiate a contract with the highest ranked Respondent. If unable to successfully negotiate a contract with the highest ranked Respondent then negotiations will be terminated and initiated with the second ranked Respondent, and so on until an agreement is reached. The successful Respondent shall be required to execute an agreement which provides, among other things, that all plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and submitted to the City Commission for approval, and executed by both parties. SECTION 6 - SELECTION SCHEDULE The following is the anticipated schedule for RFQ #0602; please note these dates are subject to change at the City's discretion: 1. 2. Advertising of RFQ Request for Information Deadline March 26, 2006 April 20, 2006 at 5:00 P.M. RFQ #0602 10 3. 4. 5. 6, 7. 8. 9. RFQ #0602 Pre-submittal Conference Submittal Deadline Short List Interviews, if necessary Seek Authorization from City Commission to Negotiate with Short-listed Firms Contract Negotiations Contract A ward by City Commission April 13, 2006 May 4,2006 at 2:00 P.M. Week of May 8, 2006 Week of May 15,2006 June 6, 2006 Minimum (60) Days August, 2006 11 COMPANY INFORMATION/SIGNATURE SHEET RFO #0602 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMP ANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of . ,20_ Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ #0602 12 EXHIBIT A RFQ #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING FOR CITY OF OCOEE WATER TREATMENT PLANTS Confidential Disclosure Agreement This Agreement IS entered into by and (hereinafter between "Recipient") and the City of Ocoee (hereinafter "City"). Recitals WHEREAS City needs to disseminate certain building plans, blueprints, specifications, schematic drawings, and diagrams, including draft, preliminary, and final formats, which depict the internal layout and structural elements of a water treatment facility ("design information"), in order for it to be designed and constructed pursuant to (insert) (the "project"); and WHEREAS, such design information is exempt from public records disclosure requirements of Florida Statutes Section 119.011 (1) and s. 24(a), Art. I of the Florida State Constitution. This exemption provides that design information made exempt by law may be disclosed to another governmental entity if disclosure is necessary for the receiving entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the water treatment facility; and that the entities or persons receiving such information shall maintain the exempt status; and WHEREAS the Recipient is willing to receive disclosure of the design information pursuant to the terms of this Agreement for the purpose of bidding on the project and/or performing design servIces; NOW THEREFORE, for good and sufficient consideration the Recipient agrees as follows: 1. The above Recitals are acknowledged by the Recipient and are incorporated herein by reference. 2. Recipient agrees that it shall prevent and protect the design information, or any part thereof, from disclosure as a public record and shall not disclose the design information to any person or entity other than one having a need for disclosure in connection with Recipient's authorized use of the design information for the purposes of submitting a response to the bid solicitation. 3. Recipient agrees to take all steps reasonably necessary to protect the secrecy of the design information, and to require all entities or persons receiving the design information to maintain its exempt status and to prevent the design information from being disclosed as a public record or coming into the possession of a person or entity that is not authorized. RFQ #0602 13 3. Recipient agrees that all design information shall remain the property of City. All design information and all copies thereof shall be returned to the City not later than thirty (30) days after the bid opening, or final completion, as applicable, together with a list of all of the names and addresses of all entities or persons to which the design information has been disclosed; or, in the case of a designer, not later than thirty (30) days after the project is finally completed.. Dated this day of ,2006. RECIPIENT Signed: Print Name: Title: Company: Address: Phone No: Date: Driver's License #: RFQ #0602 14 ACCESS LIMITED SECURITY SYSTEMS INTEGRATOR Proposal For: CITY OF OCOEE Project: Security Systems Installation, Maintenance and Monitoring Services For City of Ocoee Water Treatment. Plants Bid No. RFQ #0602 May 1 st, 2006 8505 Bayccnter Road'" Jacksonville, Florida 32256 '" Pltone (904) 262-4659 Fax (904) 262-6577 accesslimited.com d .ACCESS LIMITED SECURITY SYSTEMS INTEGRATOR May 1 st, 2006 Dear Sir or Madam: Enclosed is our response to RFQ #0602. Thank you for your consideration of Access Limited, Inc. .~ Randy Graves Sales Manager Section 2- Submission Requirements: A. Respondent's General Qualifications Employee Qualifications: See Attached Certifications and Licenses: See Attached Subcontractors: None Coo'ent or Recently Completed Similar Contracts: 1. City of Jacksonville, JEA Ridenour Water Treatment Plant, CCTV System 2. City of Jacksonville, JEA Arlington Water Treatment Plant, CCTV System 3. City of Jacksonville, JEA Arlington Waste Water Treatment Plant, CCTV System 4. City of Jacksonville, JEA Southeast Water Treatment Plant, CCTV System 5. City of Atlantic Beach Water Treatment Plant #1, Automated Gate Entry, Access Control System, Badging System 8505 Baycenter Road $\- Jacksonville, Florida 32256 * Phone (904) 262-4659 Fax (904) 262-6577 accesslimited.com COMPANY INFORMATION/SIGNATURE SHEET RFO #0602 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WilL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. A GG6SS [../ Mlt-6L)) I~- COMPANY NAME oL-~ - 2fS)- tt,S9 TELE HONE (lNc;r.,l)DE; AREA. CODE) O(t- ~- 77 FAX (INCL~E ARE~ CPDE) . ~ !C,Ar'J{Ji ) A G-E:SS U ^" I ((1).- G6 r-,\ E-MAIL ADDRESS :..J \ A HORIZED SI NATURE manual) ~NO(J(.L 8, h~l::6 jat.:6J (\/\fIZ---- NAME/TITLE (pLEASE P ) ~l~ 65 tA f c j~~I'm<R. (<J, STREET ADDRESS ,/ C'" ~ / .T.<\G{<'S'6r-.JlJ/~) ",\l......- 32'2Sb CITY STATE ZIP FEDERAL ill # 51- '5 <fl? ;)..S' ~~ _Individual ~Corporation _Partnership _Other (Specify) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Sworn to and subscribed before me this I s.J- day of m 14-1 , 20.Qk.... Personally Known Y-.. '- or Produced Identification Notary Public - State of r:lort.iJ/4 County of .J::>l.t v 1'1- L :::t;~ ..<-' 6~. Signature Notary Public l"- (Type ofIdentification) .~{, Printed, ed or stamped Commissioned name of Notary Public RFQ #0602 :..................................."........, : "'~,~~", BEnv L. BROWN : l~'rn~ CommIIIIon. DOGf2....7I : &:. ~ -I e.pne tI2II2OOI . i \~...or,W Bonded lIwaugh i (80().432-425C' FIoridII NcUry Aun., Inc. ; .................H.HI...........................I 12 center ,of GOOd LJ ' . t\.~e.. . , VJ'W QUALITY COMMUNCIATIONS FIRE AND SECURITY, Inc. Response to City of Ocoee Security Systems for Water Treatment Plants RFQ #20602 Contact: Mr. William DuPriest (954) 584-4111 bdupriest@qcfsi.com May 4, 2006 2:00 pm Prepared By ;Lp:IlJ~~ ~ VOICE / DATA / FIBER SYSTEMS DESIGN. INSTALLATION · FINANCING 3700 SW 30th Ave, Fort Lauderdale, FL. 33312 : 954-584-4111: www.qcfsi.com Table of Contents A few other ~o:.trict School ~[ ~ ]I or ~ Collier Cou~ ~L D... ..,.d #"I ~".=-_~ .u'r@"".'(t~ru ~"~ft.lf:vt V,.,. . ~ .~. .... hltlie ge,.A,oolll PARK'ffWESr o'-'"j..':.C'-i," - "f' "R"."y ~_I.o.IJ.u.LIl.fO). ...,.OUlltf.l.l "...... .' ~.i."j dadeschobls~ Mlainl.Daoc '~n~N. @)Martin County School District , ~ . Stuart, F'ori~a "'" . Ia TRANSMoNTAlGNE Project Experience & References Customized Project Team Experience Water Treatment Plant Security System Overview Design/Build Plan of Action Service & Warranty Licenses and. Certifications COMPANY INFORMATION/SIGNATURE SHEET RFO #0602 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR. QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY B:INDING CONTRACT WITH THE CITY OF OCOEB. Quality Communications Fire & Security, Inc. COMPANY NAME 954-584-4111 TELEPHONE (INCLUDE AREA CODE) 954-584-7940 FAX (INCLUDE AREA CODE) jpeterson@qcfsi.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: John Peterson NAME/TITLE (pLEASE PRINT) 3700 SW 30 Avenue STREET ADDRESS Ft Lauderdale, FL 33312 CITY STATE ZIP FEDERAL ID # 01-0618381 _Individual XX Corporation _Partnership ---,--Other (SpecifY) Sworn to and subscribed before me this 1st day of May ,20.QL. Personally Known x or Produced Identification (Type of Identification) FL Si we No "~ Cari Breaban ." ., Tinted, typed or stamped NUl1l.R.Y PL""BI.JC.SlfTE OF FLORIDA Commissioned name ofNot~a' ic Car.l Breaban . ~ Commission #DD375324 Expires: NOY. 29, 2008 Bon ell Tnnl hYMri@ Bending Co., Inc. RFQ #0602 12 ",,,,,,,,,,,,,.~~~...--.w:-,,,,,,,,,,,_,,,,:,,,,,,-,,,,,'..:,,. ..........._...,.~.,.~...oUI..........,.=>o1<'>"............."""'..-............._,,~....... (~~t~)r}d:~ell.ts Submissions (10 pages total) A. Respondents General Qualifications B. Anticipated Scope of Work State of Florida Alarm System Contractor I License Occupational License Orange County Company Information/Signature Sheet RFQ #0602 Exhibit A - Confidential Disclosure Agreement --, -- COMPANY INFORMA nON/SIGNATURE SHEET RFO #0602 F AlLURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WIT..L RESULT IN DISQUALIflCATTON OF YOUR QUALIFICATION PACKAGB. PLBASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCITONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRBDTO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF aCOEE. IftJ7 7/';' -/61'/ TE~PHO~~C~ ~A90DE) 't>? .,.-., 4,{ 'f. FAX I,.IJDE A CQ E) v It JI' . t:::'Cl:; ~ (ii" -:::?f; . B-MAIL ADDRE ~ IF REMITTANCE ADDRESS IS DIFFERENT AUTHORI. D S!9.NATURE (manual) ./~. "'1 FROM PURCHASE ORDER ADDRESS, -1ff:1eIJ It/lip -11r1t -'r Jlfrlr fi/') >if.lLBASE fNDICA TE BELOW, AMEIrITLE '(pLEASE PRINT) 'tlf1. r '~/(P1l $;~(f~lea'1J.tPf(f.~ ft:tJ4J/l ST~ET :j;DYJ'l ,f 11" ft'tt {f ~ (.. ") "1--(1 ()~ CITY STATE ZIP FEDERAL ID # ~ $ - 181 (1IIYl-- _Individual V Corporation _Partnership _Other (Specify) A:!}'r -;;!c,.Jrt 'fit ~V'IC1. ~C COl\.1PANYNAME I , , Sworn to and subscribed before me this ;<~II.. day of IJli-ll. ,20~. Personally Known ~ or Produced Identification Notary Public - State of A()I'Z.,'du.- County of Otl~/IIGF. :dr(ij1j Signa of Not lie (Type ofIdentification) Printed, typed or stamped Commissioned name of Notary Public ~~~ \~oi Notary Public Stale of Florida Nancy E Gibson , My Commission DD510591 Expires 03/2812010 RFQ #0602 12 Request for Qualification RFQ #0602 Security Systems Installation, Maintenance, And Monitoring Services for City of Ocoee Water Treatment Plants Submitted by WUinderlich-Malec Engineering - Systems - Services Proposal Number 06TEX3058 May 4, 2006 COMPANY INFORMATION/SIGNATURE SHEET RFQ #0602 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. Wunderlich-Malec Systems COMPANY NAME ~~, tJ;L AUTH RIZED SIGNATURE (manual) Neal K. Wunderlich, President NAMErrITLE (PLEASE PRINT) 5501 Feltl Rd. STREET ADDRESS Minnetonka, MN 55343 CITY STATE ZIP 952-933-3222 TELEPHONE (INCLUDE AREA CODE) 952-933-0608 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE lNDICATE BELOW: FEDERAL ID # _Individual ~ Corporation _Partnership _Other (SpecifY) 5,* ' Sworn ro aM "bwnb,d befure '"' thi, E d.y Of~. , 20 ~& Personally Known or Produced Identification (Type of Identification) RFQ #0602 Notary PUb'~Of "-hr(' countyO~J~-- ~ Signatw-e of Notary Public 12 COMPANY INFORMATION/SIGNATURE SHEET RFO #0602 FAILURE TO COMPLY WITH THESE RFQ .INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HA VB READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. 1)\CL\M,o ~S\) C;ue~+- COMPANY NAME 6k?i q\,~- 1'3/~ ~PHONE (INCLUDE AREA CODE) l ~\~ 4'\,4- FAX (INCLUDE AREA CO(9 "'il "'- \ -( ~ _ fLJ<. ~t~\.~{LS~'f vQ1'l ,L.O~,- E-MAIL ADDRESS AUT pR:IZED S GNATURE (manual) ~Ot--l$\ S~, \>(l.e..S, NAMEITIT-LJ2 (P EASE PRINT) ((;840 lO tLL-c1O&\\'b1 L ~ STREET ADDRESS?. -2. <Y" <!:p~\-,,~u\>O ~ . .J~ol~ CITY STATE ZIP FEDERAL ID # s:?=t..? '3 r;5l ."'L "2- 'Z- _Individual v Corporation _Partnership _Other (Specify) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: ~a 'eofN ~ u 'c b/hA'/'~ A j)~~/.:7__ r Printed, typed or'stamped ' 0 Commissioned name of Notary Public ,.,rfI"1\. Barbara A, Salan~ro . ~ ~ My Commission 00232619 ~ 01 f\.'rI' Expires October 24, 2007 RFQ #0602 12 emma............. " .:(i, ....::. Iill Security Solutions Systems Integration Bruce Sather Security Manager Tampa International Air Port 813-870-8700 BSather@TampaAiroort.com Tony Atkinson Project Manager City of Altamonte Springs 407-571-8065 adatki nson@altamonte.org Years of Experience: Stanley Security Solutions (previously ISR Solutions) has been in the Tampa Florida area serving our customers on the installation, maintenance and monitoring of our products for over 5 years. It is a member of the Stanley Tools family of companies which has been in business for over 160 years. The following pages are the resume's of our employees that would be working on your site and our certificates and licenses. Thank you for considering our company, John Walsh Applications Engineer Stanley Security Solutions Stanley Security Solutions, Inc.: Tampa: 6015 Benjamin Road, Suite 321, Tampa, FL 33634 Ph: 813901 5177 Fax: 813 901 5188 www.stanleysecuritysolutions.com